Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916

SOUTHWESTNAVFACENGCOM, COMNAVBASE AFT, Code 621, 1220 Pacific Highway, Building 127, San Diego, CA 92132-5190

C -- A-E SERVICES FOR AND INDEFINITE QUANTITY CONTRACT FOR DEVELOPMENT AND EXECUTION OF ENERGY CONSERVATION PROJECTS AT VARIOUS LOCATIONS IN CA, NV, AZ, NM, WA, OR, MT AND ID SOL N68711-97-D-8140 DUE 082897 POC Kathy Clemens/Contract Specialist, (619) 532-3779, Charles W. DePew/Contracting Officer, (619) 532-3790. Indefinite Quantity/Firm Fixed Price. Architect-Engineer Services are required for comprehensive energy conservation projects on Marine Corps and Navy Activities at various locations in California, Nevada, Arizona, New Mexico, Washington, Oregon, Montana, and Idaho for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The engineering services required for energy conservation project development, comprehensive energy and water resource audits, and utility technical studies may include but are not limited to, verification, inspection, testing, evaluation, and analyses (engineering and economic) of building envelopes, building mechanical and electrical systems, utility distribution systems, and utility plants. Required services include: energy conservation project development and comprehensive energy and water resource audits. Incidental to the services is to identify and recommend the following: (1) No cost or low cost operating and maintenance efficiency improvements, (2) Energy Conservation Opportunities (ECO's), and (3) Development of these ECO's to Energy Conservation Projects (ECP's) for project implementation. ECO's are energy conservation opportunities that have less than ten (10) year simple payback period. Other requirements are Energy Conservation Investment Program (ECIP) and Energy Cost Avoidance Program (ECAP) documentation, life cycle cost analysis documentation, specifications for energy efficient equipment, specification of proposed equipment, energy savings calculation, construction cost estimate, sketches of architectural and engineering projects, digitization of existing maps, and Computer Aided Drafting to include utility systems mapping and single line diagrams for computer analysis. Design and construction phases may be required. The energy conservation project types include, but are not limited to, Energy Monitoring and Control System (EMCS) or Heating, Ventilating and Air Conditioning (HVAC) Controls, Steam and Condensate Systems, Boiler Plant Modifications, HVAC, Weatherization, Lighting Systems, Energy Recovery Systems, Electrical Energy Systems, Renewable Energy Systems, Facility Energy Improvements (projects that do not fall into any other category), and Water Conservation. The length of the contract will be 365 days from the date of the contract award or until the $500,000 limit is reached. The Government has the option to extend this contract for an additional 365 days or until an additional $500,000 is reached. The A-E fee for any one project may not exceed 200,000. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $1,000,000. The minimum contract amount will be $25,000. The estimated start date is September 1997. The estimated completion date is September 1998. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and/or proposed consultants in the development and execution of energy conservation project audits. Demonstrated experiencewith audit methods and procedures recommended in the following publications: A Guide for Analyzing and Reporting Energy Use and Characteristics of Commercial Buildings, ASHRAE, and Technical Assistance Report, Guidelines and Evaluation Criteria, California Energy Commission. Experience in the preparation of 1391 and Special Project documentation. Proficiency in performance of Life Cycle Cost Analysis. Demonstrated experience with energy related software programs, especially DOE 2, and HAP, Carrier, capability of utilizing specialized equipment to identify/measure/quantify energy use and savings. Recent experience of performing energy audits of facilities to identify and quantify energy saving projects. Experience with base-wide utility distribution system surveys and analysis. Do not list more than a total of 10 projects in block 8. Indicate point of contact and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project. (2) Professional qualifications and capabilities of the staff to be assigned to this project in the development and execution of energy conservation projects and audits including experience in the preparation of 1391, proficiency in performance of Life Cycle Cost analysis, demonstrated experience with energy related software programs, especially DOE 2 and HAP, Carrier capability of utilizing specialized equipment to identify/measure/quantify energy use and savings, recent experience of performing energy audits of facilities to identify and quantify energy saving projects, and experience with base-wide utility distribution system surveys and analysis. Demonstrated experience using the audit method and procedures recommended in the following publications: A Guide for Analyzing and Reporting Energy Use and Characteristics of Commercial Buildings, ASHRAE, and Technical Assistance Report, Guidelines and Evaluation Criteria, California Energy Commission. List only the team members who actually will performmajor tasks under this project and qualifications should reflect the individual's potential contributions to this project. (3) Past performance on contracts with government agencies and /or private industry in terms of cost control, quality of work, and compliance with performance schedules. Indicate by briefly describing internal quality assurance/quality control procedures and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do) not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity and ability to accomplish the work in the required time. Capability of handling multiple projects in various locations at the same time. Indicate the firm's present work load and availability of the staff (including consultants) to be assigned to this contract for the specified performance period and indicate specialized equipment available and prior security clearances. (6) List the small or disadvantaged or women-owned business firms used as primary consultants or as sub-consultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific Time of the due date indicated above or the 30th calendar day after the date of appearance of this announcement in the Commerce Business Daily (CBD), whichever is later. Should the duedate fall on a weekend or a holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3 telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is tow pages, organizational charts and photographs are excluded, exception:photographs with text will be considered as on page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format requested (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality assurance/quality control procedures, not listing which office for multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms which design or prepare specifications for a construction contract for procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. (0233)

Loren Data Corp. http://www.ld.com (SYN# 0017 19970825\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page